Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2008 FBO #2273
MODIFICATION

10 -- AMENDMENT 01 - N00164-08-R-JN07 - ROSAM MOD 1

Notice Date
2/14/2008
 
Notice Type
Modification
 
Contracting Office
N00164 NAVAL SURFACE WARFARE CENTER, INDIANA 300 Highway 361, Building 64 Crane, IN
 
ZIP Code
00000
 
Solicitation Number
N0016408RJN07
 
Response Due
6/6/2008
 
Archive Date
7/6/2008
 
Point of Contact
Mr. Nickolas Robbins, telephone 812-854-6698, fax 812-854-5095 or e-mail nickolas.robbins@navy.mil
 
E-Mail Address
Email your questions to POINT OF CONTACT
(nickolas.robbins@navy.mil)
 
Description
This synopsis is being posted to the Federal Business Opportunities (FBO) website located at http://www.fbo.gov, the Navy Electronic Commerce on Line (NECO) website located at https://www.neco.navy.mil/, and the Naval Surface Warfare Center, Crane Division, Acquisition website located at http://www.crane.navy.mil/acquisition/synopcom.htm. FBO is the primary point of entry to be used when access to synopses and solicitations from the World Wide Web is required. However, the NECO webpage as well as the Naval Surface Warfare Center, Crane Division, Acquisition webpage serve as alternatives if the FBO website is unavailable. AMENDMENT 01: The Government intends to issue a solicitation on or about 04 March 2008. The maximum quantity is 190/EA ROSAM Mod-1 Systems, which may be ordered over the 5-year life of the contract. Any subsequent delivery order will be between 1/EA and 190/EA, with a minimum monthly delivery rate of 6/EA commencing 90 days after the effective date of the delivery order. A Provisioning Item Ordering (PIO) clause for spare parts will be included in the solicitation. The Industry Conference Day that was referenced in the original synopsis has been moved to on or about 26 March 2008. All other terms and conditions remain unchanged. Original: Pre-Solicitation Synopsis: The Government intends to procure, under full and open competition basis, a non-commercial item, the Remote Operated Small Arms Mount ? Modification 1 (ROSAM ? Mod 1) for use by the United States Special Operations Command, United States Naval Sea Systems Command, Naval Expeditionary Combat Command, Strategic Systems Program Office and the United States Coast Guard. These items shall be produced in accordance with the NSWC Crane Performance Specification that will be provided with the forthcoming solicitation. Each ROSAM ? Mod 1 shall be supplied with the following components: stabilized remote controlled weapons mount, auto-tracking device, weapons interface medium, which at a minimum can support the M2HB .50 caliber Machine Gun, severable control station, external cabling, and an on-mount sensor suite capable of day/night operation with outputs being National Television Standard Communication (NTSC). Critical characteristics of the ROSAM Mod 1 are that it shall weigh no more than 300 pounds without weapons and ammunition, be able to function with a minimum of a 200 pound applied load, fit on an existing MK 49 Mod 0 Stand, have a slew rate of at least 50 degrees per second in azimuth and elevation, tilt range of a minimum of 45 degrees and azimuth movement of 359 degrees, and sever the ties of the control station to be replaced with a Government unit. All external and visible surfaces shall be coated with a black or haze gray, dull, non-reflective coating. The system shall have a pointing accuracy no greater than 9 milirads, operate from a single 24 VDC 30 amp source, and use standard industry message traffic communications such RS-422 or better communications formats. The Government intends to issue a solicitation on or about 15 Jan 2008 to all vendors responding to this announcement. The contract type will be a Firm-Fixed price Indefinite Delivery/Indefinite Quantity (IDIQ). The minimum quantity is 4/EA ROSAM Mod 1 systems with a maximum quantity of 400/EA , which may be o rdered over the five-year life of the contract. The contract will be F.O.B. Destination. For the minimum quantity, delivery of the 4/EA is required 120 days after the effective date of the contract (DAC). Any subsequent delivery order will order between 1/EA and 399/EA with a minimum monthly delivery rate of 6/EA commencing 90 days after the effective date of the delivery order. A concise technical proposal is required by the closing date of solicitation. The solicitation will require delivery of a single product sample at the closing date of the solicitation for Government evaluation. All interested parties will also be required to provide operational support personnel with their respective product samples. All parties that will be submitting a proposal (including that required product sample) shall inform the contracting officer listed in this announcement, via email, of their intent to propose no later than 45 days after issuance of the solicitation. Failure to no tify the contracting officer will preclude a contractor from submitting a complete proposal (i.e. product sample) and any consideration for award. This product sample may be considered for use toward one of the 4/EA minimum contract deliverables. The solicitation will be evaluated on a best value basis and the Government will reserve the right to award to other than the lowest priced offeror and other than the highest technically rated offeror. The product samples must meet minimum requirements specified in the solicitation to be given further consideration for award. The technical proposal shall address any differences between the product samples and production units. The contractor must be willing to furnish for Government use only, message traffic communication information, maintenance plans, spare parts provisioning, safety related testing (both hardware and software) and operational manuals. The Government cannot guarantee the condition of the product sample afte r testing. All responsible sources may submit a proposal, which shall be considered by the agency. An industry conference day for all interested parties is tentatively scheduled for 26 February 2008. The conference day will held at NSWC Crane, IN to allow all interested parties to view the test equipment that the ROSAM Mod 1 will be tested on. The conference is each vendor?s opportunity to visit and ask any questions germane to the solicitation. Any vendor interested in attending must send an email to Nick Robbins no later than 04 February 2008 with a list of company representatives attending. This will allow the government to arrange for gate passes and plan for the meeting. More specific information will be provided to parties who express an interest in attending. If specific questions are to be asked, please submit questions (via email) to the POC on this announcement. Questions can either be submitted before, or up to 3 days after, the industry day is held. The Government will respond to any questions in a timely manner, via electronic correspondence/email. To be eligible for award, contractors must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet @ www.ccr.gov. The solicitation will be available on or about 15 January 2008 at the following address: http://www.crane.navy.mil/acquisition/homepage.htm. All changes to the requirement that occur prior to the closing date will be posted to Crane web site, FedBizOpps and NECO for amendments that may be issued to the solicitation. For changes made after the closing date, only those offerors that provide a proposal will be provided any changes/amendments and considered for future discussions and/or award. No hard copies of the solicitation will be mailed. Interested sources must download from the www site listed. Government point of contact is Mr. Nickolas Robbins, Code 0562NF, at telephone 812-854-6698, fax 812 -854-5095 or e-mail nickolas.robbins@navy.mil. All responsible sources may submit a proposal, which shall be considered. Reference the above solicitation number when responding to this notice. Numbered Notes 26 applies.
 
Web Link
TO DOWNLOAD SYNOPSIS/SOLICITATION
(http://www.crane.navy.mil/acquisition/synopcom.htm)
 
Record
SN01509353-W 20080216/080214230200 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.